Closure planning, urgent works and regulatory services for the Faro Mine Complex, Yukon Territory

Solicitation number 1000179824

Publication date

Closing date and time 2016/07/11 14:00 EDT

Last amendment date


    Description

    RFSO NUMBER: 1000179824

    SW1 PROJECT TITLE: Department of Indian Affairs and Northern Development, Northern Contaminated Sites Branch – Closure Planning, Urgent Works and Regulatory Services for the Faro Mine Complex, Yukon Territory

    DIAND requires professional advisory and technical services in the areas of Closure Planning, Urgent Works and Regulatory Services (individually and collectively referred to as “the Services”), to assist Canada in successfully implementing interim measures at the Faro Mine Complex, while advancing the Project to the next phase in line with its objectives; meeting environmental assessment requirements and achieving required regulatory approvals and licensing.

    MANDATORY REQUIREMENTS:

    Offeror’s Name:

    Item

    Mandatory Requirements

    Stream 1: Closure Planning Services

    Offer
    Ref. Pg. #

    Reserved for DIAND

    Pass

    Fail

    M1

    Firm Work Summaries

    1.1 The Offeror MUST demonstrate that the Offeror possesses ten (10) years of experience in providing Closure Planning Services (as defined in Section 6.3 of the Statement of Work). To do so, the Offeror MUST include within its Offer Firm Work Summaries that collectively demonstrate this experience.

    Note: The Offeror may provide as many Firm Work Summaries as required to demonstrate it meets requirement 1.1, provided that a minimum of three (3) Work Summaries are included in the Offer.

    Firm Work Summaries may be completed or may be on-going, provided that at least six (6) months of work has been completed.

    1.2 Each Firm Work Summary MUST demonstrate the Firm having delivered at least one (1) of the Closure Planning Services (as defined in Section 6.3 of the Statement of Work).

    a) At least one (1) Firm Work Summary MUST demonstrate the Firm’s experience providing similar services to those described in the SOW on mine sites (active or former mine sites) in the North.

    b) At least one (1) Firm Work Summary MUST demonstrate experience supporting a Major Project. To be considered as a Major Project, the Offeror MUST clearly demonstrate the value of the client’s Major Project, including capital costs is valued greater than $50,000,000.

    Within each Firm Work Summary provided, in order to demonstrate the above, and allow for a thorough point-rating, the Offeror should indicate (a-i):

    1. the name and a description of the client organization;
    2. a description of the site for which the services were provided, including the location and characteristics;
    3. a summary of the client’s project including the overall budget for the project to the Firm (please also identify the Client’s/Owner’s budget and Capital Costs), objectives, needs, and issues which necessitated the contribution of the Firm;
    4. a description of the services provided by the Firm and its Resources;
    5. a description of the scope and complexity of the work;
    6. the dates and duration (in years/months) of the Firm’s work (for example, November 2012 to June 2013, 8 months);
    7. the names and categories of the proposed Resources involved, as well as the total Resource level of effort (in days) for the duration of the work;
    8. the outcome and results of the Firm’s contribution, together with the extent to which the work was completed on-time, on-budget and in accordance with the client’s established goals; and
    9. the name, title, and contact information (at least one of: e-mail address or telephone number) of a client representative to whom the Firm reported.

    The Offeror should use Table M1 – Firm Work Summary Form – for each Work Summary submitted. The Offeror is encouraged to provide detailed responses for each of the requirements set out in the Table. The Offeror should copy Table M1 as required.

    DIAND reserves the right to contact the named client representatives to verify the accuracy and veracity of the information provided in the Offeror’s Offer, which may include providing a copy of the Firm Work Summary Form to the client representative for verification. Should DIAND choose to contact the client representatives and should one (1) or more named client representatives provide a negative response regarding the accuracy or veracity of the firm work summaries, the Offer will be deemed non-compliant and given no further consideration.

    M2

    Representative Resource Capacity

    2.1 The Offeror MUST propose at least one (1) Resource in each of the following four (4) Categories, representative of the qualifications of Resources the Offeror would provide to DIAND under any SOA:

    1. Team Lead;
    2. Principal Consultant;
    3. Senior Consultant; and
    4. Consultant.

    2.2 At least one (1) Resource in each Category MUST demonstrate meeting the minimum qualifications for the Resource Category in which they are proposed, as stated in the Statement of Work, Table 8A.

    Table M2 has been provided to assist Offerors in providing clear information. Notwithstanding, it is the Offeror’s responsibility to ensure that there is sufficient substantiated information (see section 2 items a-e and section 3 above) in the Offeror’s Offer for the Evaluation Committee to fully assess the qualifications of the Proposed Resources.

    M3

    Other Resource Requirements

    3.1 In addition to the requirements of Mandatory Requirement M2 above, the Offeror MUST demonstrate the following requirements:

    1. At least one (1) of the Team Lead, Principal Consultant or Senior Consultant Resource demonstrates a minimum of ten (10) years professional work experience with heavy civil engineering projects (e.g. dams, highways, dredging and land drainage). This may include experience in any of: production of new construction, rehabilitation or repairs, or undertaking of additions, alterations, or maintenance and repairs to existing structures and works.
    2. At least one (1) Principal Consultant or Senior Consultant Resource demonstrates a valid certification as a Professional Engineer, licensed to practice in a Canadian jurisdiction.
    3. At least one (1) of the Team Lead, Principal Consultant or Senior Consultant Resource demonstrates a minimum of ten (10) years professional work experience on Major Projects in the North.

    3.2 Resources included in the Proposal to address the above requirements (1-3) MUST also demonstrate meeting the minimum qualifications for the Resource Category in which they are being proposed, as stated in the Statement of Work, Table 8A.

    M4

    Technical Disciplines - Minimum Resource Capacity

    4.1 The Offeror MUST demonstrate how it will provide DIAND with access to qualified Resources in the breadth of Technical Disciplines required (as listed in the SOW, section 6.3 vii and reproduced below). The Offeror MUST demonstrate qualified Resources in all Technical Disciplines, with at least one (1) Team Lead, Principal Consultant or Senior Consultant Resource with specialization per Discipline:

    1. Mine Closure, in Cold Regions;
    2. Geotechnical Engineering in Cold Regions, including dams and permafrost;
    3. Covers specialist in Cold Regions;
    4. Rock Mechanics;
    5. Hydrology and Water Management in Cold Regions, including diversions and spillways;
    6. Mine Water Treatment, in Cold Regions;
    7. Hydrogeology;
    8. Civil Engineering in Cold Regions, including earthworks, covers and concrete; and
    9. Cost Analysis, related to mines in remote and Cold Regions.

    4.2 In order to be considered demonstrating specialization, the Resource MUST demonstrate a minimum of ten (10) years professional work experience in the Technical Discipline and at least one (1) project of the Resource’s experience in the Technical Discipline MUST include professional work experience in a mining engineering environment.

    4.3 One (1) Resource may demonstrate specialization in more than one (1) Technical Discipline above; however, collectively over the nine (9) Technical Disciplines the Offeror MUST propose a minimum of three (3) separate qualified individuals.

    4.4 Resources included in the Proposal to address the above requirements (4.1-4.3) MUST also demonstrate meeting the minimum qualifications for the Resource Category in which they are proposed, as stated in the Statement of Work, Table 8A.

    Offeror’s Name:

    Item

    Mandatory Requirements

    Stream 2: Urgent Works Services

    Offer
    Ref. Pg. #

    Reserved for DIAND

    Pass

    Fail

    M1

    Firm Work Summaries

    1.1 The Offeror MUST demonstrate that the Offeror possesses ten (10) years of experience in providing Urgent Works Services (as defined in Section 6.4 of the Statement of Work). To do so, the Offeror MUST include within its Offer Firm Work Summaries that collectively demonstrate this experience.

    Note: The Offeror may provide as many Firm Work Summaries as required to demonstrate it meets requirement 1.1, provided that a minimum of three (3) Work Summaries are included in the Offer.

    Firm Work Summaries may be completed or may be on-going, provided that at least six (6) months of work has been completed.

    1.2 Each Firm Work Summary MUST demonstrate the Firm having delivered at least one (1) of the Urgent Works Services (as defined in Section 6.4 of the Statement of Work).

    a) At least one (1) Firm Work Summary MUST demonstrate the Firm’s experience providing similar services to those described in the SOW on mine sites (active or former mine sites) in the North.

    b) At least one (1) Firm Work Summary provided MUST demonstrate experience supporting a Major Project. To be considered as a Major Project, the Offeror MUST clearly demonstrate the value of the client’s Major Project, including capital costs is valued greater than $50,000,000.

    c) At least one (1) Firm Work Summary MUST demonstrate experience supporting a project in planning for the development or implementation of dams, diversions or spillways.

    d) At least one (1) Firm Work Summary MUST demonstrate experience supporting a project in planning for structures on permafrost or approaches that will or may impact on permafrost.

    Within each Firm Work Summary provided, in order to demonstrate the above, and allow for a thorough point-rating, the Offeror should indicate (a-i):

    1. the name and a description of the client organization;
    2. a description of the site for which the services were provided, including the location and characteristics;
    3. a summary of the client’s project including the overall budget for the project to the Firm (please also identify the Client’s/Owner’s budget and Capital Costs), objectives, needs, and issues which necessitated the contribution of the Firm;
    4. a description of the services provided by the Firm and its Resources;
    5. a description of the scope and complexity of the work;
    6. the dates and duration (in years/months) of the Firm’s work (for example, November 2012 to June 2013, 8 months);
    7. the names and categories of the proposed Resources involved, as well as the total Resource level of effort (in days) for the duration of the work;
    8. the outcome and results of the Firm’s contribution, together with the extent to which the work was completed on-time, on-budget and in accordance with the client’s established goals; and
    9. the name, title, and contact information (at least one of: e-mail address or telephone number) of a client representative to whom the Firm reported.

    The Offeror should use Table M1 – Firm Work Summary Form – for each Work Summary submitted. The Offeror is encouraged to provide detailed responses for each of the requirements set out in the Table. The Offeror should copy Table M1 as required.

    DIAND reserves the right to contact the named client representatives to verify the accuracy and veracity of the information provided in the Offeror’s Offer, which may include providing a copy of the Firm Work Summary Form to the client representative for verification. Should DIAND choose to contact the client representatives and should one (1) or more named client representatives provide a negative response regarding the accuracy or veracity of the firm work summaries, the Offer will be deemed non-compliant and given no further consideration.

    M2

    Representative Resource Capacity

    2.1 The Offeror MUST propose at least one (1) Resource in each of the following four (4) Categories, representative of the qualifications of Resources the Offeror would provide to DIAND under any SOA:

    1. Team Lead;
    2. Principal Consultant;
    3. Senior Consultant; and
    4. Consultant.

    2.2 At least one (1) Resource in each Category MUST demonstrate meeting the minimum qualifications for the Resource Category in which they are proposed, as stated in the Statement of Work, Table 8A.

    Table M2 has been provided to assist Offerors in providing clear information. Notwithstanding, it is the Offeror’s responsibility to ensure that there is sufficient substantiated information (see section 2 items a-e and section 3 above) in the Offeror’s Offer for the Evaluation Committee to fully assess the qualifications of the Proposed Resources.

    M3

    Other Resource Requirements

    3.1 In addition to the requirements of Mandatory Requirement M2 above, the Offeror MUST demonstrate the following requirements:

    1. At least one (1) of the Team Lead, Principal Consultant or Senior Consultant Resource demonstrates a minimum of ten (10) years professional work experience with heavy civil engineering projects (e.g. dams, highways, dredging and land drainage). This may include experience in any of: production of new construction, rehabilitation or repairs, or undertaking of additions, alterations, or maintenance and repairs to existing structures and works.
    2. At least one (1) Principal Consultant or Senior Consultant Resource demonstrates a valid certification as a Professional Engineer, licensed to practice in a Canadian jurisdiction.
    3. At least one (1) of the Team Lead, Principal Consultant or Senior Consultant Resource demonstrates a minimum of ten (10) years professional work experience on Major Projects in the North.

    3.2 Resources included in the Proposal to address the above requirements (1-3) MUST also demonstrate meeting the minimum qualifications for the Resource Category in which they are being proposed, as stated in the Statement of Work, Table 8A.

    M4

    Technical Disciplines - Minimum Resource Capacity

    4.1 The Offeror MUST demonstrate how it will provide DIAND with access to qualified Resources in the breadth of Technical Disciplines required (as listed in the SOW, section 6.4 iv and reproduced below). The Offeror MUST demonstrate qualified Resources in all Technical Disciplines, with at least one (1) Team Lead, Principal Consultant or Senior Consultant Resource with specialization per Discipline:

    1. Mine Closure, in Cold Regions;
    2. Geotechnical Engineering in Cold Regions, including dams and permafrost;
    3. Covers specialist in Cold Regions;
    4. Rock Mechanics;
    5. Hydrology and Water Management in Cold Regions, including diversions and spillways;
    6. Mine Water Treatment, in Cold Regions;
    7. Hydrogeology;
    8. Civil Engineering in Cold Regions, including earthworks, covers and concrete; and
    9. Cost Analysis, related to mines in remote and Cold Regions.

    4.2 In order to be considered demonstrating specialization, the Resource MUST demonstrate a minimum of ten (10) years professional work experience in the Technical Discipline and at least one (1) project of the Resource’s experience in the Technical Discipline MUST include professional work experience in a mining engineering environment.

    4.3 One (1) Resource may demonstrate specialization in more than one (1) Technical Discipline above; however, collectively over the nine (9) Technical Disciplines the Offeror MUST propose a minimum of three (3) separate qualified individuals.

    4.4 Resources included in the Proposal to address the above requirements (4.1-4.3) MUST also demonstrate meeting the minimum qualifications for the Resource Category in which they are proposed, as stated in the Statement of Work, Table 8A.

    Offeror’s Name:

    Item

    Mandatory Requirements

    Stream 3: Regulatory Services

    Offer
    Ref. Pg. #

    Reserved for DIAND

    Pass

    Fail

    M1

    Firm Work Summaries

    1.1 The Offeror MUST demonstrate that the Offeror possesses ten (10) years of experience in providing Regulatory Services (as defined in Section 6.5 of the Statement of Work). To do so, the Offeror MUST include within its Offer Firm Work Summaries that collectively demonstrate this experience.

    Note: The Offeror may provide as many Firm Work Summaries as required to demonstrate it meets requirement 1.1, provided that a minimum of three (3) Work Summaries are included in the Offer.

    Firm Work Summaries may be completed or may be on-going, provided that at least six (6) months of work has been completed.

    1.2 Each Firm Work Summary MUST demonstrate the Firm having delivered at least one (1) of the Regulatory Services (as defined in Section 6.5 of the Statement of Work).

    a) At least one (1) Firm Work Summary MUST demonstrate the Firm’s experience developing an Environmental Impact Statement and mitigating measures for a Major Project. To be considered as a Major Project, the Offeror MUST clearly demonstrate the value of the client’s Major Project, including capital costs is valued greater than $50,000,000.

    b) At least one (1) Firm Work Summary MUST demonstrate the Firm’s experience providing similar services to those described in the SOW on mine sites (active or former mine sites).

    c) At least one (1) Firm Work Summary MUST demonstrate experience supporting a project through regulatory approval.

    Within each Firm Work Summary provided, in order to demonstrate the above, and allow for a thorough point-rating, the Offeror should indicate (a-i):

    1. the name and a description of the client organization;
    2. a description of the site for which the services were provided, including the location and characteristics;
    3. a summary of the client’s project including the overall budget for the project to the Firm (please also identify the Client’s/Owner’s budget and Capital Costs), objectives, needs, and issues which necessitated the contribution of the Firm;
    4. a description of the services provided by the Firm and its Resources;
    5. a description of the scope and complexity of the work;
    6. the dates and duration (in years/months) of the Firm’s work (for example, November 2012 to June 2013, 8 months);
    7. the names and categories of the proposed Resources involved, as well as the total Resource level of effort (in days) for the duration of the work;
    8. the outcome and results of the Firm’s contribution, together with the extent to which the work was completed on-time, on-budget and in accordance with the client’s established goals; and
    9. the name, title, and contact information (at least one of: e-mail address or telephone number) of a client representative to whom the Firm reported.

    The Offeror should use Table M1 – Firm Work Summary Form – for each Work Summary submitted. The Offeror is encouraged to provide detailed responses for each of the requirements set out in the Table. The Offeror should copy Table M1 as required.

    DIAND reserves the right to contact the named client representatives to verify the accuracy and veracity of the information provided in the Offeror’s Offer, which may include providing a copy of the Firm Work Summary Form to the client representative for verification. Should DIAND choose to contact the client representatives and should one (1) or more named client representatives provide a negative response regarding the accuracy or veracity of the firm work summaries, the Offer will be deemed non-compliant and given no further consideration.

    M2

    Representative Resource Capacity

    2.1 The Offeror MUST propose at least one (1) Resource in each of the following four (4) Categories representative of the qualifications of Resources the Offeror would provide to DIAND under any SOA:

    1. Team Lead;
    2. Principal Consultant;
    3. Senior Consultant; and
    4. Consultant.

    2.2 At least one (1) Resource in each Category MUST demonstrate meeting the minimum qualifications for the Resource Category in which they are proposed, as stated in the Statement of Work, Table 8B.

    Table M2 has been provided to assist Offerors in providing clear information. Notwithstanding, it is the Offeror’s responsibility to ensure that there is sufficient substantiated information (see section 2 items a-e and section 3 above) in the Offeror’s Offer for the Evaluation Committee to fully assess the qualifications of the Proposed Resources.

    M3

    Other Resource Requirements

    3.1 In addition to the requirements of Mandatory Requirement M2 above, the Offeror MUST demonstrate the following requirements:

    1. At least one (1) of the Team Lead, Principal Consultant or Senior Consultant Resources demonstrates a minimum of five (5) years professional work experience in the North.

    3.2 Resources included in the Proposal to address the above requirement (1) MUST also demonstrate meeting the minimum qualifications for the Resource Category in which they are proposed, as stated in the Statement of Work, Table 8B.

    M4

    Technical Disciplines - Minimum Resource Capacity

    4.1 The Offeror MUST demonstrate how it will provide DIAND with access to qualified Resources in the breadth of Technical Disciplines required (as listed in the SOW, section 6.5 xi and reproduced below).

    4.2 To do so, the Offeror MUST demonstrate qualified Resources, with at least one (1) Team Lead, Principal Consultant or Senior Consultant with specialization per Discipline for at least the Technical Disciplines listed under items a, b, c, d, and e below.

    1. Water quality;
    2. Water management, water treatment;
    3. Fish and fish habitat;
    4. Wildlife, birds and species at risk;
    5. Vegetation;

    4.2.1 In order to be considered demonstrating specialization, the Resource MUST demonstrate at least one (1) project in the Technical Discipline.

    4.2.2 One (1) Resource may demonstrate specialization in more than one (1) Technical Discipline above; however, collectively over the Technical Disciplines (a-e) the Offeror MUST propose a minimum of two (2) separate qualified individuals.

    4.2.3 Any Resources included in the Proposal to address the above requirements (4.1-4.2.3) for Technical Disciplines a-e MUST also demonstrate meeting the minimum qualifications for the Resource Category in which they are proposed, as stated in the Statement of Work, Table 8B.

    4.3 For Technical Disciplines listed under items f through m below, the Offeror MUST, at a minimum, include within its Proposal a description of how the Offeror would provide the expertise for each Technical Discipline (f through m). The Offeror may identify qualified Resources for the Discipline, or provide a plan as to how it would provide the expertise:

    1. Air quality, including air quality modelling ;
    2. Socio-economic effect assessment;
    3. Historical resources assessment;
    4. Human health risk assessment;
    5. Land and resources use;
    6. Environmental management, monitoring and adaptive management;
    7. Cumulative effects; and
    8. Effects of accidents and malfunctions and effects of the environment on the project.

    DIAND seeks to award up to a total of three (3) Standing Offer Agreements (SOAs) to qualified Firms, to provide these services in the following Streams of service:

    Stream 1: Closure Planning Services: one (1) qualified firm SOA;

    Stream 2: Urgent Works Services: one (1) qualified firm, SOA; and

    Stream 3: Regulatory Services: one (1) qualified firm, SOA.

    Qualified firms may provide services under an SOA in one (1) or more of the above Streams.

    For Call-ups against a Standing Offer valued at $25,000.00 or less (applicable taxes included) the Project Authority will select the Offeror that best meets the Department’s needs.

    For Call-ups against a Standing Offer valued in excess of $25,000.00 (applicable taxes included), services will be called up by the Standing Offer Authority on a right of first refusal basis based on best value ranking.

    When a requirement is identified, the Standing Offer Authority will contact the highest-ranked Offeror to determine if the requirement can be satisfied by that Offeror. If the highest-ranked Offeror is able to meet the requirement, a call-up will be made against its Standing Offer.

    If the highest ranked Offeror is unable to meet the requirement, the Standing Offer Authority will contact the next ranked Offeror. The Standing Offer Authority or his/her authorized representative will continue and proceed as above until one Offeror indicates that it can meet the requirement of the call-up.

    The period for making call-ups against the Standing Offer will be from the date of the Standing Offer Agreement until March 31, 2019. If the Standing Offer is authorized for use beyond the initial period, the Offeror offers to extend its offer for an additional two (2) one-year periods.

    The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 70% for the technical merit and 30% for the price.

    Security: Pursuant to the Government of Canada Security Policy, the nature of the services to be provided under the Standing Offer Agreement requires a Government of Canada Security Clearance under stream 1 and 2. No security requirement for stream 3.

    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), and the Agreement on Internal Trade (AIT).

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    Bechamp, Melissa
    Phone
    Melissa.Bechamp@aandc.gc.ca
    Address
    10 Wellington
    Gatineau, QC, K1A 0H4
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    009
    French
    2
    009
    English
    13
    008
    French
    0
    008
    English
    10
    007
    French
    0
    007
    English
    12
    French
    12
    English
    12
    006
    French
    3
    French
    11
    English
    11
    006
    English
    20
    French
    13
    English
    13
    005
    French
    0
    005
    English
    15
    004
    French
    1
    004
    English
    17
    003
    French
    0
    003
    English
    22
    001
    French
    2
    001
    English
    26
    000
    French
    4
    000
    English
    76

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Standing Offer
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: